Loading...
HomeMy WebLinkAbout6. MANAGERS REPORT 4/6/04 INTEROFFICE MEMORANDUM ~ TREE em USA Mount Prospect Public Works Department DATE: MARCH 30, 2004 B~¡ ¿,~~ ~ PURCHASE OF ONE NEW ROTARY SNOW REMOVER ($87,017.00) TO: VILLAGE MANAGER MICHAEL E. JANONIS FROM: VEHICLE/EQUIPMENT SUPERINTENDENT SUBJECT: BackQround Pursuant to our vehicle replacement schedule, funds are allocated in the 2004 budget year to replace vehicle # 4520. 4520 is a 1979 Klauer SnoGo MP-3D rotary snow remover. The Village acquired 4520 used in 1984. The Village acquired this unit to replace a 1979 Frink rotary snow remover that the Village purchased in 1979. The manufacturer of the Frink rotary snow remover could never get the unit to load trucks to our satisfaction. The Manufacturer replaced the Frink rotary snow remover in 1984 with the 1979 Klauer SnoGo (twelve hours of operating time). The primary function of this unit is to remove large amounts of snow and to load trucks when the removal of snow is necessary during downtown cleanup. This unit is attached to a front end loader. The proposed new rotary snow remover will have the same functions as the unit being replaced. Replacement Schedule The replacement schedule for rotary snow removers is 25 years. 4520 has entered its 25th year of service. 4520 meets the required years for replacement. Other Factors 4520 is powered by an Allis-Chalmers engine. Allis-Chalmers has been sold many times in the past twenty years and parts are hard to procure. Also the unit has a 126- link roller chain to drive the augers. This size roller chain is not an industry standard; the manufacturer is the only source. The new rotary snow remover has a John Deere industrial engine and has an industry standard size roller chain. Replacement Recommendation It is my recommendation that a replacement for 4520 be purchased in the 2004 Budget year. Subject: Purchase One New Rotary Snow Remover Date: March 30, 2004 Page 2 of 2 Bid Results On Tuesday, March 23, 2004, at 10:00 A.M., sealed bids for the proposed purchase of one new rotary snow remover were opened and read aloud. Five invitational bids were distributed and public notice was placed in a local newspaper as required. Three bids were received. The results are as follows: Bidder Year/Make/M odel Bid Price Trade-In Bid Price Less Trade-In Lindco Equipment Sales Merrillville, IN 2004 Wausau SnoGo MP-3D $97,017.50 $5,000.00 $87,017.50 Schmidt Engineering, Inc. New Berlin, WI 2004 Wausau SnoGo MP-3D $93,000.00 $4,000.00 $89,000.00 West Side Tractor Sales Wauconda, IL 2004 Wausau SnoGo MP-3D $109,900.00 $3,000.00 $106,900.00 Recommendation I recommend accepting the lowest qualified bid for the proposed purchase of one new 2004 Wausau SnoGo MP-3D rotary snow remover per our specifications as submitted by Lindco Equipment Sales, Inc., Merrillville Indiana, at a cost not to exceed $87,017.50. Funds for proposed purchase are available in account #6707709-660115, on page 300, of the current budget. The existing 4520 rotary snow remover will be used as a trade-in versus being sold at the NWMC auction. Our past experience has shown these types of specialized equipment have a higher resale value as a trade-in. James E. Guenther Glen R. Andler JG c: Director of Public Works Glen R. Andler Deputy Director of Public Works Sean P. Dorsey X:\Administration\BIDS\RESUL TS\Rotary Snow Remover 2004.doc INTEROFFICE MEMORANDUM @ TREE em USA Mount Prospect Public Works Department TO: VILLAGE MANAGER MICHAEL E. JANONIS Bb M-tï til~/O{ FROM: VEHICLE/EQUIPMENT SUPERINTENDENT MARCH 30, 2004 SUBJECT: PURCHASE OF ONE NEW TRAILER MOUNTED VACUUM LEAF' LOADER ($26,810.00) DATE: BackQround Pursuant to our vehicle replacement schedule, funds are allocated in the 2004 budget year to replace vehicle # 4533, a 1987 Tarco trailer mounted vacuum leaf loader. During the fall leaf pick up program the Public Works Department operates the vacuum leaf loaders on the non-curb streets and the highways. This 1987 T arco trailer mounted vacuum leaf loader was originally a left hand pick up loader (operated against the flow of traffic). In 1990, the loader was modified to make it a right hand pick up loader, so the Village crews operating the loader could go with the flow traffic. The Public Works Department operates two of the trailer mounted vacuum leaf loaders and five mechanical leaf loaders (loaders with street sweeping brooms) during the fall leaf pick up program. Replacement Schedule The replacement schedule for trailer mounted vacuum leaf loaders is 15 years. 4533 has entered it's 1 ih year of service. 4533 meets the required years for replacement. Other Factors 4533 served the Village well during it's 16 years of service. At the end of last years leaf pick up program the Public Works Vehicle Maintenance staff evaluated the loader. The staff found a lot of metal fatigue not only in the vacuum blower assembly, but also the trailer itself. Besides the metal fatigue the engine has major blow-by and is down on power. Replacement Recommendation It is my recommendation that a replacement for 4533 be purchased in the 2004 Budget year. Subject: Purchase One New Trailer Mounted Vacuum Leaf Loader Date: March 30, 2004 Page 2 of 2 Bid Results On Tuesday, March 23, 2004, at 10:00 A.M.,~ealed bids for the proposed purchase of one new trailer mounted vacuum leaf loader were opened and read aloud. Four invitational bids were distributed and public notice was place in local newspaper as required. Two bids were received. The results are as follows: Bidder Year/Make/Model Bid Price Delivery Standard Equipment Co. 2004 Tarco TTL-1 $26,810.00 90-120 Days Chicago, IL Brown Equipment Co. 2004 Tarco TTL-1 $28,000.00 60 Days Fort Wayne, IN. Recommendation I recommend accepting the lowest qualified bid for the proposed purchase of one new 2004 Tarco TTL-1 trailer mounted vacuum leaf loader per our specifications as submitted by Standard Equipment Company, Chicago, Illinois, at a cost not to exceed $26,810.00. Funds for proposed purchase are available in account #6707709-660115, on page 300, of the current budget. The trailer mounted vacuum leaf machine being replaced will be scrapped for parts. James E. Guenther JG c: Director of Public Works Glen R. Andler Deputy Director of Public Works Sean P. Dorsey X:\Administration\BIDS\RESUL TS\Trailer Mounted Vacuum Leaf Loader 2004.doc INTEROFFICE MEMORANDUM @. TREE em USA Mount Prospect Public Works Department FROM: SUPERINTENDENT OF STREETS & BUILDINGS ~t>. ~I-r" 4/'-- o~ TO: VILLAGE MANAGER MICHAEL E. JANONIS SUBJECT: SEALED BID RESULTS FOR THE 2004 CONCRETE RESTORATION CONTRACT (NOT TO EXCEED $19,000) DATE: MARCH 22, 2004 BACKGROUND Concrete restoration to driveways, curbs, and sidewalks are necessary throughout the year due to damage as a result of water main breaks, stonn and sanitary sewer repairs. We accept bids for the entire year, which allows us to do replacements monthly, thus reducing the time our residents are waiting for restorations. BID RESULTS Sealed bids were opened at 10:00 A.M. on March 4, 2004 for a proposed concrete restoration contract. Bid prices were based on estimated quantities. Thirteen invitational bids were mailed, and a bid notice was placed in the local paper. Seven bids were received; and the results are as follows: Bidder Strada Construction, Co. A Lamp Concrete Contractors, Inc. Lifco Construction Globe Construction, Inc. Meridian Construction Co., Inc. D'Land Construction, Inc. M & C Scavelli, Inc. Bid Price 517,450.00 518,200.00 $20,000.00 $21,275.00 $34,815.00 $41,360.00 $71,500.00 X: \FILES\FRONTOFF\BIDS\RESUL TS\CONCREST .2004 .RES 1 Page two Concrete Restorations 2004 Bid Results March 22, 2004 DISCUSSION The low bidder, Strada Construction, Co., had our side\valk contract the last two years and perfonned satisfactorily. There is $19,000 available in this year's budget for this proposed contract. Quantities will be adjusted so as not to exceed the budgeted amount. Funding for this proposed contract will come from the following accounts: . on page 256, account code 6105505-570470, in the amount of$10,000.00 on page 258, account code 6105506-570470, in the amount of$6,500.00 on page 261, account code 6105509-570470, in the amount of$2,500.00 . . RECOMMENDATION I recommend acceptance of the lowest bid as submitted by Strada Construction, Co. for a concrete restoration contract in an amount not to exceed $19,000.00. (ç;J~-, EZ ~ Paul Bures ICO:~~ Director of Public Works Pb c: Director of Public Works Glen R. Andler Deputy Director of Public Works Sean P. Dorsey file X: \FILES\FRONTO FFIBIDS\RESUL TS\CONCREST .2004 .RES 2 INTEROFFICE MEMORANDUM @ TREE CITY USA Mount Prospect Public Works Department FROM: PROJECT ENGINEER ~b. ~~ f/b/a" TO: VILLAGE MANAGER MICHAEL JANONIS SUBJECT: APRIL 1,2004 2004 BRIDGE REHABILITATION PROJECT - $90,588.00 DATE: Background In December 2002, the Village went out to bid for the 2003 Bridge Rehabilitation Project. 1'- work included minor maintenance work to four bridges and significant work to the William Street Bridge and See-Gwun Avenue Bridge. The bid prices came in significantly higher than the engineering consultant's estimate and, as a result, work at the See-Gwun Avenue Bridge was removed from the project. The work to the other five bridges was completed in 2003. The 2004 Bridge Rehabilitation Project includes work to the See-Gwun Avenue Bridge. The project will involve deck replacement, abutment repairs and channel stabilization. No other bridges are included in this year's program. Funding for this project will come from Motor Fuel Tax (MFT) funds. The work is expected to begin in May and be completed in June 2004. Bids Results At 10:00 a.m. on March 23rd, sealed bids were publicly opened and read aloud for the 2004 Bridge Rehabilitation Project. A Notice to Bidders was published in the IDOT Bulletin and local newspaper and several local contractors were sent invitations to bid on the project. Six contractors submitted bids. A low bid of $90,588.00 was received from Albin Carlson & Company of Melrose Park, Illinois and a high bid of $165,223.00 from Alliance Contractors Inc. The engineer's estimate for the project was $108,286.00. All bidders submitted bid bonds in the amount of 5% of their total bids as required by the contract documents. All bids were checked for their accuracy. One minor error was found but it did not change the outcome. All bidders correctly signed their bids and bid bonds. Below is a summary of the bids. Bidders Albin Carlson & Company Martam Construction, Inc. Kovilic Construction Company Sebastian Contracting Corp. Belvidere Construction, Inc. Alliance Contractors Inc. Engineer's Estimate Total Bid $ 90,588.00 $108,147.00 $111,778.00 $118,060.00 $128,702.00 $165,223.00 $108,286.00 Page 2 of2 April!,2004 2004 Bridge Rehabilitation Project Discussion The low bidder, Albin Carlson & Company, performed maintenance work to the Lincoln Street Bridge in 1990 but has not done more recent work in the Village. They have, however, recently completed bridge rehabilitation projects for the Village of Winfield and City of Elmhurst. References have indicated that their workmanship is acceptable. Recommendation It is Staff's recommendation that the low bidder, Albin Carlson & Company, be awarded the construction contract for the 2004 Bridge Rehabilitation Project in the amount not to exceed $90,588.00. Funding for this project is available under Account #0507706-690099 on page 300 in the 2004 Budget. Please include this item on the April 6th Village Board Meeting Agenda. ~& Matthew P. Lawrie I concur with the above recommendation. Attachments: Project Area Map cc: Village Clerk Velma Lowe x :\engineering\bri dge\2004 -pro ject\rec _memo. doc .. ... r' I VILLAGE OF MOUNT PROSPECT 2004 BRIDGE REHABILITA TION PROJECT \ 1 \ I ~\ ¡ ~ j \ I \ --- L \ \"....: r---1 \ \ I ¡ ... ... l) I II I I U LINCOLN 5T 0 Ck: LJ.J en en :::> ca ~1 'co l~ i2J ell] I I (I~ I ~ '-.: . I ~~, "'~, L- L'" ~ ~.-- r-.~ ~ I] '~" L_- .............J """'."""::::::. LONNQUI5T BLVD (--" ~ .....-.---.. ( "-, '::::,-...- I r l ,-::::'....--.j I IU GOLF RD INTEROFFICE MEMORANDUM ~ TREE CfIY USA Mount Prospect Public Works Department FROM: PROJECT ENGINEER "'& H~ ~~/o~ TO: VILLAGE MANAGER MICHAEL JANONIS SUBJECT: 2004 VILLAGE WATER MAIN PROJECT - $199,425.00 DATE: APRIL 1,2004 Background The 2004 Budget includes funds for water main replacement and new installation. Part of this ye s water main project is the replacement of the water main along Emerson Street between Central Road and Northwest Highway. With resurfacing and streetscape work scheduled later this year, Staff determined now to be the appropriate time to replace this aged water main. The work will include replacement of approximately 1,100 feet of water main and connection of water service lines to the businesses, homes, library and current Village Hall along the street. The work is expected to begin in May and be completed in June 2004. . Bids Results At 10:00 a.m. on March 30th, sealed bids were publicly opened and read aloud for the 2004 Village Water Main Project. A Notice to Bidders was published in a local newspaper as required and invitations were sent to seven contractors that are familiar with this type of construction. Four contractors submitted bids for this project. A low bid of $199,425.00 was received by Martam Construction, Inc. of Elgin, Illinois. A high bid of $298,587.50 was received by Glenbrook Excavating. The engineer's estimate for the project was $251,060.00. Each of the bidders submitted a bid bond in the amount of 5% of the total bid as required by the bid documents. The bids were checked for accuracy. No errors were found. The bidders correctly signed the bids and bid bonds. Below is a summary of the bids: Bidders Martam Construction, Inc. Hoffman Excavating, Inc. Patnick Construction, Inc. Glenbrook Excavating Engineer's Estimate: Total Bid $199,425.00 $237,050.00 $262,522.00 $298,587.50 $251,060.00 Discussion The low bidder, Martam Construction, Inc. has been the contractor on several projects in the Village of Mount Prospect including the 2002 Pond Dredging Project, 2003 Bridge Rehabilitation Project and the 2003 Village Streetscape Project. They have also performed water main work recenÜy in the Village of Downers Grove, Village of Forest Park and City of Elgin. Their workmanship has been acceptable. Page 2 of2 April!,2004 2004 Village Water Main Project Recommendation I recommend awarding the contract to Martam Construction for the 2004 Village Water Main Project in the amount not to exceed $199,425.00. Funding for this project is shown on page 262 of the 2004 Budget under Account Code #6] 0551 0-680003. Please include this item on the April 6th Village Board Meeting Agenda. ~¿r- Matthew P. Lawrie I concur with the above recommendation. d~ Ditector f Public Works Glen Andler Attachments: Project Area Map cc: Village Clerk Velma Lowe x :\engineering\projects\watermain\emerson\rec _memo. doc \ :; .." \ /L V:r-~-""""" f\\ I' l) \ ~ \\ " i\\ I \~~ L-I""'~~ , \ 1 ~~ L..,,~~ "'. ~~' I I ~-;" , \\:- I ",,~ L""",-""""",..,.j r-- L_., , I I L..,.. 11 ! i , I ' m',./ I L 10 '" I ,,"<» , ~:~J..,..., ' ~~~ n " , '" "'" '" I "~"'" Ç~,~I~ð~~,Q~:,~~::~j U "'-<::""<""', '.\ÇJ I--¡ r-¡ " ~ "" "":] I JI i I "" ,,'" i I' I- '. "'" '"" '" I (/') ~'~,>:v.o/ .ð 1 I Z , . rr'Jj' ! , ~"" ryì..'>,.J- k "'><~~J'l' ç~ UJ "I'-m I ""':!:!t-h"J ~ I I lìJ UJ i I ["'~ I I )r~' L:::J L- 'F;r~.. ~ '~II~"':~~. l iI-""" "-'" "' I;::) I Î'<~ ""'" 112 I '<:~~~ ,,_J L:.,-.-,. 1 \ "", ". """,'C"'"""ìml -' "..!, "ì""~"" ['" "J 'I , , ' [ " "", "-./ ~'" '", (, "'" "'-. " ","". j "'::"', ""~ "¡ "'" ' 1....-- I ,'" ',,- . 'j "" II "<:::"'-.. ",,"'...J (.,,'S ' " "", """"," " ..' ""'-..'::"",1 """ '::~","-.....,' l~ '" ,'" ",' , II~ fUf""":"" , I" I I I LJI i i I i Ii . I VILLA GE OF MOUNT PROSPECT 2004 VILLA GE WATER MAIN PROJECT ==:;:J II , . LI COL~ ST '-......,........,...1 ..... í- i I II I INTEROFFICE MEMORANDUM ~ TREE em USA Mount Prospect Public Works Department DATE: MARCH 31, 2004 E:[~to~ ~ FROM: VILLAGE MANAGER MICHAEL E. JANONIS VEHICLE/EQUIPMENT MAINTENANCE SUPERINTENDENT TO: SUBJECT: REQUEST TO WAIVE THE BID PROCESS AND PURCHASE ONE NEW DIAGNOSTIC ENGINE ANALYZER ($47,540.00) BackQround In the current budget, there are funds available to replace the diagnostic engine analyzer. The Vehicle Maintenance Division uses the analyzer to diagnose problems, to maintain engine proficiency, and to keep vehicle emissions at a minimum. The new proposed analyzer will also be used to diagnose problems with the electrical systems, lighting systems, and the heating/air conditioning systems on the current production vehicles. Replacement Schedule . Replacement was as needed. The current diagnostic engine analyzer was purchased in 1987. The unit was originally scheduled for replacement in 2002, but because of newer Federal Emissions Standards and the mandatory use of OBDII (on board diagnostic second stage - a standardized system to retrieve what the on board computer is doing) by the manufacturers, we decided to differ the purchase until this year. Discussion The current diagnostic engine analyzer had software upgrades each year to keep current with new technology. In 1995, the technology in the automotive field surpassed the computerized base unit which was not upgradeable thus making the unit obsolete on the vehicles built after 1995. The new proposed diagnostic engine analyzer is pc-based and both the hardware and software can both be upgraded as new technology is introduced into the automotive field. We contacted five companies that manufacturer automotive diagnostic equipment and the only manufacturer that has a pc-based diagnostic engine analyzer was Snap-On/Sun Tool Corporation. The unit is a Snap-On/Sun Model 4500 diagnostic engine analyzer. The proposed diagnostic engine analyzer will be compatible with our current Snap-On automotive diagnostic scanner that is used by the Village technicians to diagnose problems with Village owned vehicles. The use of the scanner is the first step into finding a problem. The second step is to use a diagnostic engine analyzer to pin point the problem or a future problem. At the present time, we are without a useful analyzer and we depend on the vehicle dealer's for information and repairs of our vehicles. Subject: Waiver of bid process and purchase of one new diagnostic engine analyzer Date: March 31, 2004 Page 2 of 2 There are several communities around the area that have the Snap-On/Sun 4500 diagnostic engine analyzer that we are proposing to purchase. These communities are the City of Joliet, Village of Bolingbrook, Village of Arlington Heights, and Village of Palatine. Also, the Villages of Wheeling and Skokie are in the process of purchasing this same unit. Recommendation I am requesting the Village Board waive the bidding process and accept an only source proposal as submitted by Sn'ap-On Tools, Inc., Crystal Lake, Illinois, for one new Sun Machine model 4500 diagnostic engine analyzer per our specifications at a cost not to exceed $47,540.00. The price includes the trade-in of our existing engine analyzer. Funds for this proposed purchase are available in account 6605702-670151. James E. Guenther Glen R. Andler Director of Public Works JG c: Deputy Director Public Works Sean Dorsey X:\Administration\BIDS\RESUL TS\Diagnostic Engine Analyzer 2004.doc , r-- MOUNT PROSPECT POLICE DEPARTMENT FOR:\IAL MEMORANDUM CHF 04-73 CONTROL NUMBER FROM: MICHAEL E. JANONIS, VILLAGE MANAGER POLICE CHIEF 'þb. ,~ *11.104 TO: SUBJECT: PISTOL RANGE BULLET TRAP REPLACEMENT DATE: MARCH 16, 2004 Proposal The Capital Improvements portion of the 2004 Annual Budget includes funds for the replacement of the police pistol range bullet trap. Police department staff obtained proposals for the completion of the work from three vendors. After reviewing the proposals, staff is requesting Village Board authorization to award a contract to the low bidder, Patriot Range Technologies LLC, in the amount of $33,651 to complete the specified work. Discussion The current police pistol range bullet trap uses angled steel plates to deflect bullets into the bullet collection area of the trap. The bullet trap is very worn and its design no longer meets department needs safely and effectively. The high velocity jacketed pistol and rifle bullets officers now fire in practice and duty qualification sessions are prone to ricochet off the leading edge of the angled plates, with some bullet fragments returning all the way back to the firing line. Additionally, the current trap design does not have any capacity to reduce the airborne lead particles and dust caused by bullets impacting the trap plates. The department is recommending the installation of a ramp style bullet trap where the bullets pass through a granular rubber ramp before tumbling into a collection area. This style of bullet trap will accept the pistol and rifle ammunition the department uses in its range program while also greatly reducing lead fragments and airborne dust. This trap design would require the department to add some range sidewall protection next to the bullet trap to funnel errant shots into the ramp. Vendors Because of the specialized nature of the work to be completed the department invited only three vendors to submit proposals for the specified work. The department range master selected these vendors on the basis of their industry credentials, recommendations from nearby departments where they completed similar projects, and any history of work with this department. All three vendors submitted qualifying proposals for the entire project. A fourth vendor that specializes in range maintenance Page 1 of 2 , I MOUNT PROSPECT POLICE DEPARTMENT FORMAL MEMORANDUM CHF 04-73 CO]\,TROL NUMBER was asked to submit a proposal only for the demolition of the existing bullet trap. After reviewing that proposal, staff determined it would not be cost effective to split the project. After further review, the range master determined Patriot Range Technologies LLC had the most cost effective proposal for the demolition of the old bullet trap and the installation of the new trap. Recommendation The police department is recommending Patriot Range Technologies LLCfor completion of the specified work and is requesting Village Board authorization to sign a contract for the work at a cost not to exceed $33,651. Funds are available in the 2004 Annual Budget, account number 5107701-640035 (page 295) for this expenditure. Please note this account reflects a funding level of only $30,000. The department already has processed a fund transfer request to add $3,651 to this account. The project cost will be higher than originally anticipated because of the need to add sidewall protection adjacent to the bullet trap. Attachment ¡¿jJ ~~' Richard Eddington Chief of Police C: Commander T. Adamczyk, Range Master Page 2 of 2 INTEROFFICE MEMORANDUM ~~ì ~ Village of Mount Prospect Mount Prospect, Illinois TO: CHIEF R. EDDINGTON DATE: --:-- . COMMANDER T. ADAMCZYK /' C' MARCH 3, 2004 " FROM: ~~ SUBJECT: BULLET TRAP COST PROPOSALS The following is a summary of the cost proposals from different contractors for the demolition of the existing bullet trap and the installation of a granular rubber berm bullet trap. PATRIOT RANGE TECHNOLOGIES LLC 227 S, Bluff Avenue LaGrange, IL. 60525 708-354-3150 Contact: Thomas Corcoran Demolition of existinq trap and installation of rubber berm trap 0 $27,455.00 - standard sidewalls (galvanized ten-gauge panel) 0 $27,955.00 - standard sidewalls extended 5' up range 0 $33,651.00 - AR-500 sidewalls and extended 5' up range CASWELL INTERNATIONAL CORPORATION 720 Industrial Drive Unit #112 Cary, IL. 60013 847 -639- 7666 Contact: Dave Rhine Demolition of existinq trap and installation of rubber berm trap 0 $38,550.00 Page - 1 - \\Pd\Users\tadamczy\Main\My Documents\RANGE\buliet trap proposals.doc ACTION TARGET INC. Box 636 Provo, UT. 84603 801-377 -8033 Contact: Scott McGregor Demolition of existinq trap and installation of rubber berm trap 0 $42,334.06 BEST TECHNOLOGY SYSTEMS, INC. 12024 S. Aero Drive Plainfield, IL. 60544 815-254-9554 Contact: Gary Chinn Demolition of existinq trap 0 $7,230.00 Annual trap recycle and clean up of shootinq ranqe 0 $2150,00 Based on the proposals, my recommendation is to award Patriot Range Technologies LLC the contract for the demolition of the existing bullet trap and installation of a rubber berm bullet trap with the AR-500 sidewalls. The necessity to upgrade to AR-500 sidewalls is based on the rifle training and qualification conducted at the range. The standard sidewalls would not hold up to repeated hits from the .223 caliber ammunition. Contracting with Best Technology Systems, INC. for the demolition work would not realize any savings in the project. During the first year of use, the rubber bullet trap would not require a cleaning, but would be necessary in the early part of 2005 and subsequent years thereafter. For 2004, there is a budget of $1650.00 for lead removal on the current bullet trap and that amount would have to be increased in 2005 based on the proposal from Best Technology Systems, Inc. for the removal of spent bullets and clean up. If you have any further questions, please contact me. Page - 2 - \\Pd\Users\tadamczy\Main\My Documents\RANGE\buliet trap proposals.doc !I'~ f';;:i ~~~ , fa~l1ì. \ ~ \.'.~ ~; , ~il:. ~~ I -'-. ,,1- I . --'- . l\IOUNT PROSPECT POLICE DEPARTJ\'1ENT Fa Ri\1 AL MEl\1 GRAN DUM CHF 04-68 CONTROL NUMBER F U:ECT: ::~ICE ~AP'TAL IMPROVEMENTS PROGR~(J~~ ~ DATE: MARCH 10, 2004 -.'.""-"~"";)-' >, This correspondence is to request the expenditure of funds from t~e :ap.1t. Improvements Program, 5107701-640035 Pistol Range Renovation (CIP). , " Commander Ted Adamczyk has located a firm to replace the current bullet trap. The need to replace the current bullet trap is due to the ricochet problem. Patriot Technologies is the lowest responsible bidder. There are funds available for this project. Thank you for your consideration of this request. ~~ RE:dr Attachment C: Dave Erb, Finance Director Velma Lowe, Village Clerk Deputy Chief Dahlberg Deputy Chief Richardson Commander Semkiu Commander Adamczyk Page 1 of 1 -l ~ JofI~:- :.:t~ lí;!'~11 ~{ . ~ï .... . ~' ,I. ,B"" ~,-\,.. ,...:-.:.:- --~.--- . iI.. lVIOUNT PROSPECT POLICE DEP ARTI\IENT FOR ;\1 A L M E 1\J 0 R A 1'\ D U 1\1 CHF 04-56 CONTROL NUI'vJBER TO: MICHAEL JANONIS, VILLAGE MANAGER 3/6/0f ~bSJ{2E: ¡Ju;1!b6 ¡J., - E tß I ~ 4<.J~ - ---===-=:.::::::::. -:==--'"""""::::::::: --- ------.... -- -~ '" FRO. -- POLICE CHIEF' ) -~" SUBJECT: F ER REQUEST DATE: MARCH 4, 2004 The 2004 Annual Budget includes $30,000 in the Capital Improvements Program for the replacement of the police pistol range bullet trap. The proposed new ramp style bullet trap will increase the trap capacity to accept most rifle projectiles while also greatly reducing lead fragments and airborne dust. The department believes it would be prudent to upgrade the original plan to include additional protection on the range sidewalls adjacent to the bullet trap. The standard sidewall protection would not hold up to repeated hits from the .223 calibre ammunition used during department rifle training and qualification sessions. With this upgrade, the cost of the project would be $33,651 from the lowest qualified bidder. The 2003 Annual Budget included $55,000 for the installation of a Bi-Directional Amplifier (BDA) to improve police radio communications in the Police and Fire Headquarters Building. These funds were carried over into 2004 because the fire department convinced Nextel to install free of charge a BOA to improve cell phone communications in the building and it was possible the Nextel BOA would solve the police radio issues too. The Nextel BOA has been in place for a few months now and police radio communications have improved to the extent that a separate radio BOA will not be needed. The department is seeking approval to use BDA funds to cover the additional cost of the bullet trap. A Budget Transfer Request Form is attached to this memorandum. Pending your decision, the department will seek Village Board approval to proceed with this project. If you have any questions, feel free to contact me. Attachment ~~- Richard Eddington C: Deputy Chief Dahlberg Deputy Chief Richardson Commander Adamczyk Commander Semkiu Page 1 of 1 VILLAGE OF ¡\10UNT PROSPECT Budget Tr:ll1sfer Request Form Date of Request: March 4, 2004 For Fiscal '{ear: 2004 Request No. (For Finance Department U,e 011ly) Department: Police From Account Amount To-Account Amount 5107701-640030 $3.651 (Bi-Directional Amplifier) 5107701-640035 (Pistol Range Renovation) $3,651 Need assistance in finding a source of funds. Justification: See Attached Memorandum Dept. Head 1: Sigllalllres amI Approval R.~ Oept. Head 2: Director of Finance: A pproved/D i sa pprovedl ReìèITed to Village Manager Comments: Comments: Go i sap proved ViJlage Manager: Finance Dept. D.:lta Entry Copies: Village Manager Dept. I: Dep!. I: Mooot P~dt fi1e ~~t 'd,'" '_'M",u",'""""""u^,"'",, ,,',,"'u'uu ,',"""" """"""""""""""""""",111"",,, ",""M""""""""": , , Int~,l1Q{fic,~.l M,ernQJ FROM: MICHAEL J. FIGOLAH, FIRE CHIEF ~~J~~{ TO: MICHAEL E. JANONIS, VILLAGE MANAGER DATE: MARCH 16, 2004 SUBJECT: AMBULANCE PURCHASE - WAIVER OF BID Recommendation The Fire Department is requesting to waive the bid process and purchase a 2004 E-450 Super-Duty Ambulance from Foster Coach Sales, Inc. for an amount not to exceed $110,524.00. Foster Coach Sales was awarded the contract through the Northwest Municipal Conference competitive bid process. The company is offering 4.25% annual interest on any pre-payment amount. The Finance Director recommends a prepayment amount of $100,000, which will result in a $1750 discount. BackQround The vehicle being replaced is a 1998 Ford chassis with 57,000 miles. The modular box on this vehicle is 18 years old and has been mounted on three chassis as part of our remount program. This vehicle was originally purchased in 1986. The savings on this vehicle alone has been approximately $80,000 due to the remount program. Based on the current age and condition of this vehicle we are not recommending a remount, rather replacing it with new. The body is starting to show excessive corrosion around the frame rails and undercarriage. Our mechanics recommend we do not try to remount this box on a new chassis a fourth time. J:\1 Archives\O3 March\JM-Ambulance Waiver NWMC-Village Manager.doc TO: VILLAGE MANAGER SUBJECT: AMBULANCE PURCHASE MARCH 16, 2004 PAGE 2 Once this vehicle is replaced, we will have 4 ambulances that are identical and will enable us to remount each of these vehicles for the next 11 to 18 years. The new ambulance will have a lifetime warranty on the electrical system, with parts and labor included for the circuit boards, relays, breakers, and wiring harness included. The body will have lifetime warranty, one-year warranty on the conversion, and a five-year limited paint warranty. The chassis will have the standard three years, thirty-six thousand-mile warranty from Ford. Foster Coach Sales is located in Sterling, Illinois and has been in business since 1957. They offer a complete service facility with certified mechanics, loaner vehicles, remount capabilities, body shop, and an extensive parts inventory. Foster Coach is the oldest and largest volume dealer in the Midwest, serving Rescue Squads, Fire Departments, Hospitals, Private Ambulance Services, City and County Governments in Illinois, Iowa, Missouri, and Wisconsin. Fundin~ Funds are available in account number 6707709-660120 Replace Fire Department Vehicles on page 300 in the 2004 budget book. The trade-in allowance for the existing vehicle from the manufacturer is $6000. We feel we can sell this vehicle for more money on the resale market. The current ambulance is listed for sale on multiple websites with an asking price of $18,000. If we are unsuccessful finding a buyer for this vehicle, we recommend accepting the trade-in amount of $6000 and the net cost to the Village with the trade-in would be $104,524.00. This amount would be less if we were successful selling the vehicle on our own. MF/jm MQunt PJ.:Qspect Fire: Ðep.artmel1t bJ.tt?,(Qffic ~ Me11'lQ; FROM: MICHAEL J. FIGOLAH, FIRE CHIEF !>~. H~ 'f 1,-/°'-1 TO: MICHAEL E. JANONIS, VILLAGE MANAGER DATE: MARCH 25, 2004 SUBJECT: TOWER 13 - ENGINE REPAIR Recommendation The Fire Department is requesting approval of an invoice for an emergency engine repair to Tower 13 in an amount of $13,536.33. Inland Detroit Diesel-Allison, Carol Stream performed the repairs. This repair was authorized prior to Board approval because of the necessity to place this apparatus back in service expeditiously. Background Tower 13, a 1994 Pierce, was brought in to Inland Detroit Diesel-Allison to have a dynamometer check on the engine because of a gradual loss of engine power. The dynamometer test measures engine horsepower. The loss of power was affecting the speed at which the main ladder functioned. During the test the motor was found to have a 10% loss of horsepower. While in the process of the test, antifreeze was noticed in the airbox. The antifreeze leak was due to bad seals in 4 of the 8 cylinders. The cylinder heads needed to be removed to replace the leaking seals. Once the heads were off the mechanics recommended that we consider new heads, cylinders, rings, and bearings to improve the horsepower deficiency. While this rebuild was not immediately critical, that work would be necessary at some point in the near future. It made good economic sense to have the work performed now since the engine would be stripped to the block. Additionally, the rebuild would immediately improve the ladder performance. The total cost of the repair was $13,536.33. We were fortunate to have caught the leaking antifreeze before it leaked into the cylinders, which would cause a catastrophic failure of the engine resulting in a repair of about $30,000. Funding Funds are available for this repair in our equipment maintenance account, account number 0014206-540615. MF/jm Attachment J:\1 Archives\O3 March\JM-TOWER 13 REPAIR-VILLAGE MANAGER.doc .. @ ~~T~~~~eSeL-ALLlSON 0 "210 Alexandra Way - Chicago Facility'. Bill To: 20005228 Village of Mount Prospect 1700 W Central Mount Prospect IL 60056 MOUNT PROSPECT FIRE DEPT 112 E. NORTHWEST HWY Mount Prospect IL, 60056 Invoice #: 5234526-00 547472-000 03/10/04 Repair Order #: Invoice Date: Remit To: Inland Detroit Diesel Allison, PO Box 68-9648 Milwaukee, WI 53268-9648 www.iniand-dda.com Purchase Order: 540615 Terms: Net 10 Prox Ship Via: Date Promised: BW Vehicle/Equipment Information Make/Model LANCE 4P1CT02G3RAOO0409 VIN# Miles / Hours 45222 c Fleet/Trk # 535 Complaint: Cause: Item in for Service Information Manufacturer: DD Serial # 08VF160700 Model: 80877845 Delivery Date: 01/01/51 1. LOW POWER. SCORED CYLINDER KITS. TRANS PM AS PER REQUEST STEAM CLEAN ENGINE. SEND OUT ENGINE AND TRANS OIL ANALYSI. CHANGE TRANS OIL AND FILTERS. FILL TRANS WITH TRANSYND FLUID. REPLACE THE FOLOWING ITEMS. CYLINDER HEADS, CYLINDER KITS. ROD AND MAIN BEARINGS. INJECTORS AND FUEL FILTERS. FILL WITH FRESH ENGINE OIL AND FILTERS. FILL WITH FRESH COOLANT. RUN AND CHECK FOR LEAKS. Correction: RECEIVED 8.162004 ". ; . i F; '(~: r : n ¡.-.-:::-::::-:-:-; Y \ : --_. -:':...:.'~!:,' .'.'..iU.:2_..... \. '.13015 West Custer Ave - SuUer WI 53007" (262) 781-7100, (800) 236-6667 "210 Alexandra Way - Carol Stream. IL 60188" (630) 871-1111. (800) 236-9559 Continued "600 Industrial Park Drive -Iron Mountain. M149801" (906) 774-9706. (800) 562-9250 "2601 East 15th Avenue - Gary. In 46402" (219) 883-0421. (800) 616-8371 t~ INLAND ~ ~ DeTROIT DIESEL-ALLISON ~ Customer Name:Village of Mount Prospect Repair Order #: 547472-000 Invoice #: 5234526-00 Oty Qty Total Line Product Description Ordered Shipped Price 1. 23515823 LUBE OILANL* 1.00 1.00 14.38 14.38 Grp 128291 Upck 10 2. 29537805 KIT -OIL ANAL YSI 1.00 1.00 22.53 22.53 Grp Upck 12 3. 23530707 ELEMENT 1.00 1.00 4.72 4.72 Grp 023320 Upck 12 4. 23530706 ELEMENT 1.00 1.00 4.81 4.81 Grp 023001 Upck 12 5. P3613 HEAVY DUTY LUBE FILTER 1.00 1.00 9.05 9.05 Upck 6 6. 27101-CTCS TRANSYNO 1 GAL 7.00 7.00 28.13 196.91 7. 8928676 SEAL RING * 64.00 64.00 1.43 91.52 Grp 024020 Upck 50 8. 23530407 ELEMENT 2.00 2.00 10.43 20.86 Grp 042250 Upck 6 9. 5104081 GASKET RKR * 1.00 1.00 20.97 20.97 Grp 018455 Upck 1 10. 23514053 lOT 12400 32.00 32.00 2.29 73.28 Grp 000000 Upck 1 11. 3700X4 1/4" TEE 1.00 1.00 1. 75 1. 75 12. 8924171 CONNECTOR 2.00 2.00 2.91 5.82 Grp 129380 Upck 1 13. 8929833 CONNECTOR * 1.00 1.00 1. 96 1.96 Grp 048187 Upck 1 14. R5149878AC CYL HEAD 8V9 2.00 2.00 863.50 1727.00 Grp 012001 Upck 1 "13015 West Custer Ave - Butler Wi 53007" (262) 781-7100. (800) 236-6667 ..210 Alexandra Way. Carol Stream, Il60188.' (630) 871-1111, (800) 236.9559 Continued "600 Industrial Park Drive - Iron Mountain, M149801" (906) 774-9706. (SOO) 562-9250 ..2601 East 15th Avenue. Gary. In 46402'. (219) 883-0421. (800) 616-8371 . @ INLAND 0 Customer Name:Village of Mount Prospect DETROIT DIESEL-ALLISON Repair Order #: 547472-000 Invoice #: 5234526-00 Qty Qty Line Product Description Ordered Shipped Price Total 15. X5149878AC CORE DEPOSIT 2.00 2.00 666.25 1332.50 Core Must Be Returned by 05/09/04 For Complete Core Credit 36. c5149878ac CORE DEPOSIT 2.00- 2.00. 666.25 1332.50- CYL HEAD 8V9 Returned: 5234526.00 2 Returned: 5234526-00 2 16. 23524343 KIT CYL 8.00 8.00 386.89 3095.12 Grp 016182 Upck 4 17. 5199674 GASKET KIT * 2.00 2.00 66.07 132.14 Grp 012002 Upck 1 18. 8923791 GSKT 2.00 2.00 2.73 5.46 Grp 011050 Upck 1 19. 8923792 GASKET 4.00 4.00 1.50 6.00 Grp 011050 Upck 20 20. 5117332 GASKET 2.00 2.00 1.33 2.66 Grp 012090 Upck 1 21. R5234965 EUI INJ 92 8.00 8.00 292.59 2340.72 Grp 021001 Upck 1 22. X5234965 Core Charge 8.00 8.00 231. 00 1848.00 Core Must Be Returned by 05/09/04 For Complete Core Credit 37. c5234965 CORE DEPOSIT 8.00. 8.00- 231.00 . 1848.00. EUI INJ 92 Returned: 5234526-00 8 Returned: 5234526-00 8 23. 5149565 SHELL-SET 5.00 5.00 19.71 98.55 Grp 013090 Upck 44 24. 5117005 WASHER * 4.00 4.00 7.51 30.04 Grp 013100 Upck 4 25. 5149572 SHELL-SET * 8.00 8.00 14.56 116.48 Grp 016100 Upck 78 26. 23502937 SEAL 1.00 1.00 53.82 53.82 Grp 000000 Upck 1 "13015 West Custer Ave - Butler Wi 53007" (262) 781-7100. (800) 236-6667 "210 Alexandra Way - Carol Stream.IL 60188" (630) 871-1111. (800) 236-9559 Continued "600 Industrial Park Drive - Iron Mountain. MI 49801" (906) 774-9706. (800) 562-9250 .'2601 East 15th Avenue - Gary. In 46402" (219) 883-0421. (800) 616-8371 @ ~~~~I~ ~e5eL-ALLl5DÑ 0 Customer Name:Víllage of Mount Prospect Repair Order #: 547472.000 Invoice #: 5234526-00 Qty Oty Line Product Description Ordered Shipped Price Total 27. 5117242 GASKET 2.00 2.00 1.50 3.00 Grp 041520 Upck 1 28. 5117269 GASKET * 2.00 2.00 1.35 2.70 Grp 041730 Upck 1 29. 5167380 GASKET 1.00 1.00 0.89 0.89 Grp 041520 Upck 1 30. 5148373 BOLT 16.00 16.00 1. 72 27.52 Grp 129001 Upck 100 31. 23509542 SEALERTHREAD 1.00 1.00 16.73 16.73 Grp 128242 Upck 10 32. 5198563 COMPOUND aT 1.00 1.00 35.60 35.60 Grp 128110 Upck 12 33. 5103922 PLUG 1.00 1.00 16.28 16.28 Grp 012001 Upck 1 34. 3518918G PWR COOL GAL 18.00 18.00 5.67 102.06 38. LaborDDbrS Labor 55.00 55.00 91. 00 5005.00 Sub Total: EPA1: Sales Tax: Invoice Total: Tendered: Balance Due: 13286.33 250.00 0.00 13536.33 0.00 13536.33 ""13015 West Custer Ave. Butler Wi 53007" (262) 781-7100, (800) 236-6667 "210 Alexandra Way - Carol Stream. IL 60188" (630) 871-1111, (BOO) 236-9559 Last Page "600 Industrial Park Drive - Iron Mountain. MI 49801" (906) 774-9706, (BOO) 562-9250 ""2601 East 15th Avenue - Gary, In 46402" (219) 883-0421. (BOO) 616-8371